Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

C -- Appleton Upper & Lower Sluiceway, Spillway, and Walkway Repairs, Fox River, WI

Notice Date
1/24/2020 12:48:28 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST DETROIT DETROIT MI 48226 USA
 
ZIP Code
48226
 
Solicitation Number
PANGLR20P0000000854
 
Response Due
2/11/2020 7:00:00 AM
 
Archive Date
02/26/2020
 
Point of Contact
Derek S GIbson, Lisa M. May
 
E-Mail Address
derek.s.gibson@usace.army.mil, Lisa.M.May@usace.army.mil
(derek.s.gibson@usace.army.mil, Lisa.M.May@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Detroit District is seeking firms that have the capability to provide construction services for repairing two dams on the Fox River in Appleton, WI, Appleton Upper Dam and Appleton Lower Dam.�� � The Appleton Upper Dam and the Appleton Lower Dam are concrete gravity dams keyed into bedrock.� Each dam has a spillway section and a sluiceway section with eight tainter gates, each 20 feet wide.� The maximum head differential occurs at Appleton Upper Dam and is 14.5 feet. Work involves removal and replacement of all sluiceway tainter gates and trunnion assemblies and anchorage, removal, and replacement of steel spillway walkways, full demolition, and replacement of all spillway concrete piers and partial demolition and replacement of all sluiceway concrete piers at both dams.� Repair of bedrock scours downstream of the Appleton Upper dam will also be repaired.� No more than two gates will be removed at any given time.� This type of work has been accomplished on six other dams on the Fox River. The dams are remotely located on the Fox River and are water-bound. There is a limited area available for work and storage.� A floating plant to accomplish work will be provided by the offeror. Floating plant access is generally limited to the structures on the Fox River (refer to the provided image). The fabricating plant and fabricator must be certified under the AISC (American Institute of Steel Construction) Quality Certification Program, and must be designated an AISC Certified Plant, Category CBR: Major Bridge Fabrication, IBR: Certified Bridge Fabricator - Intermediate, ABR: Certified Bridge Fabricator - Advanced or HYD: Certified Hydraulic Fabricator at time of bid. The fabricator or fabrication plant must possess five 5 years of documented experience on projects of similar scope.� A similar scope means projects of similar size and similar amounts of welding and detail types.� The project will also include related incidental work such as temporary bridging, coffer dams, etc. The U.S. Army Corps of Engineers Detroit District is contemplating to solicit this requirement as an unrestricted (full and open) procurement. The Government proposes to consolidate work at both dams into a single procurement and is seeking industry feedback on the feasibility of performing this as two separate requirements or one consolidated requirement. The result of this market research will contribute to determining the method of procurement and feasible set-aside opportunities. This Sources Sought announcement is for planning and market research purposes only and is NOT a Request for Proposal (RFP), or Invitation for Bid (IFB). No basis for claim against the Government shall arise as a result of a response to this Sources Sought Notice. The Government will not pay for information or comments provided and will not recognize any cost associated with the submission of responses or comments. Qualified companies are encouraged to respond. The contractor will have an estimated 700 calendar days to complete this requirement. The contract is expected to be awarded around September 2020. The estimated cost of construction is between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code is 237990, which has a small business size standard of $36.5 million. The responses received to this notice shall be in summary format and shall not exceed five (5) pages, including the Sources Sought Information Form.. In order for the Government to determine the extent of industry interest and experience in the project, interested contractors shall complete the information at the bottom of this sources sought. Information to be included is as follows: 1. Company Information Company Name: _______________________________________________________ Company Address:____________________________________________ _________ Unique Entity Identifier: __________________________________________________ CAGE Code: _____________________________ (Formerly called DUNS Number) Contact Name: ________________________________ Contact Phone: _____________________________ Company Email: 2. Socio?economic status for NAICS Code 237990 (Check all that apply): _____ Large Business������ _____ Small Business _____ Small Disadvantaged Business _____ 8(a) Small Business _____ Veteran?Owned Small Business _____ Service?Disabled Veteran?Owned Small Business _____ HUBZone Small Business _____ Woman?Owned Small Business 3. A letter from the firm's bonding company verifying bonding capability Individual Contract Capacity: $________________________ Aggregate Contract Capacity: $________________________ 4. Past Project Examples Provide descriptions of two projects that are substantially complete or completed within the last ten years which are similar to this project in size, scope, and dollar value. 5. Company Capability Provide a descriptive statement of the company�s capacity to perform this work at this location, addressing the ability to mobilize, subcontract as necessary, schedule, supervise, supply, and execute such work. Include a statement indicating how much of the work would be self?performed by the potential prime contractor. 6. �Single consolidated contract or two separate contracts. �Provide a statement indicating your firm's preference and the benefits associated with your preferred method.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51f073a3c9be49e8b9c08d7d1a414e24/view)
 
Place of Performance
Address: Appleton, WI 54915-6178, USA
Zip Code: 54915-6178
Country: USA
 
Record
SN05543440-F 20200126/200124230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.